Upload
others
View
0
Download
0
Embed Size (px)
Citation preview
Michigan Department Of Transportation
5100B (07/16)
CHECKLIST TO DESIGNATE AREAS OF EVALUATION FOR REQUESTS FOR PROPOSAL (RFP)
Page 1 of 2
REQUISITION NUMBER DUE DATE TIME DUE
MDOT PROJECT MANAGER JOB NUMBER (JN) CONTROL SECTION (CS)
DESCRIPTION
MDOT PROJECT MANAGER: Check all items to be included in RFP
WHITE = REQUIRED ** = OPTIONAL
Check the appropriate Tier in the box below
CONSULTANT: Provide only checked items below in proposal
TIER 1
($50,000 - $150,000)
TIER II
($150,000-$1,000,000)
TIER III
(>$1,000,000)
Understanding of Service **
Innovations
Organizational Chart
Qualifications of Team
Not required as part of Official RFP
Not required as part of Official RFP
Quality Assurance/Quality Control **
Location: The percentage of work performed in Michigan will be used for all selections unless the project is for on-site inspection or survey activities, then location should be scored using the distance from the consultant office to the on-site inspection or survey activity.
N/A N/A Presentation **
N/A N/A Technical Proposal (if Presentation is required)
7 pages (MDOT Forms not counted)
14 pages (MDOT forms not counted)
Total maximum pages for RFP not including key personnel resumes. Resumes limited to 2 pages per key staff personnel.
PROPOSAL AND BID SHEET E-MAIL ADDRESS – [email protected]
GENERAL INFORMATION Any questions relative to the scope of services must be submitted by e-mail to the MDOT Project Manager. Questions must be received by the Project Manager at least five (5) working days prior to the due date and time specified above. All questions and answers will be placed on the MDOT website as soon as possible after receipt of the questions, and at least three (3) days prior to the RFP due date deadline. The names of vendors submitting questions will not be disclosed. MDOT is an equal opportunity employer and MDOT DBE firms are encouraged to apply. The participating DBE firm, as currently certified by MDOT’s Office of Equal Opportunity, shall be listed in the Proposal. MDOT FORMS REQUIRED AS PART OF PROPOSAL SUBMISSION 5100D – Request for Proposal Cover Sheet 5100J – Consultant Data and Signature Sheet (Required for all firms performing non-prequalified services on this project.) (These forms are not included in the proposal maximum page count.)
3 pages (MDOT Forms not counted) Resumes will only be accepted forBest Value Selections
MDOT 5100B (07/16) REQUEST FOR PROPOSAL Page 2 of 2
The Michigan Department of Transportation (MDOT) is seeking professional services for the project contained in the attached scope of services. If your firm is interested in providing services, please indicate your interest by submitting a Proposal, Proposal/Bid Sheet or Bid Sheet as indicated below. The documents must be submitted in accordance with the latest (Consultant/Vendor Selection Guidelines for Services Contracts.” RFP SPECIFIC INFORMATION
ENGINEERING SERVICES
BUREAU OF TRANSPORTATION PLANNING
OTHER THE SERVICE WAS POSTED ON THE ANTICIPATED QUARTERLY REQUESTS FOR PROPOSALS
NO YES DATED____________________ THROUGH ________________
Prequalified Services – See the attached Scope of Services for required Prequalification Classifications.
Non-Prequalified Services – If selected, the vendor must make sure that current financial information, including labor rates, overhead computations, and financial statements, is on file with MDOT’s Office of Commission AuditsThis information must be on file for the prime vendor andall sub vendors so that the contract will not be delayed.Form 5100J is required with proposal for all firmsperforming non-prequalified services on this project.
For all Qualifications Based Selections, the selection team will review the information submitted and will select the firm considered most qualified to perform the services based on the proposals. The selected firm will be asked to prepare a priced proposal. Negotiations will be conducted with the firm selected. For a cost plus fixed fee contract, the selected vendor must have a cost accounting system to support a cost plus fixed fee contract. This type of system has a job-order cost accounting system for the recording and accumulation of costs incurred under its contracts. Each project is assigned a job number so that costs may be segregated and accumulated in the vendor’s job-order accounting system.
Qualification Based Selection / Low Bid – Use Consultant/Vendor Selection Guidelines. See Bid Sheet instructions for additional information. For Qualification Review/Low Bid selections, the selection team will review the proposals submitted. The vendor that has met established qualification threshold and with the lowest bid will be selected.
Best Value – Use Consultant/Vendor Selection Guidelines, See Bid Sheet Instructions below for additional information. The bid amount is a component of the total proposal score, not the determining factor of the selection.
Low Bid (no qualifications review required – no proposal required.) BID SHEET INSTRUCTIONS Bid Sheet(s) are located at the end of the Scope of Services. Submit bid sheet(s) with the proposal, to the email address: [email protected]. Failure to comply with this procedure may result in your bid being rejected from consideration.
MDOT and ACEC created a Partnership Charter Agreement which establishes guidelines to assist MDOT and Consultants in successful partnering. Both the Consultant and MDOT Project Manager are reminded to review the ACEC-MDOT Partnership Charter Agreement and are asked to follow all communications, issues resolution and other procedures and guidance’s contained therein.
Qualification Based Selection - Use Consultant/Vendor Selection Guidelines.
PARTNERSHIP CHARTER AGREEMENT
NOTIFICATION MANDATORY ELECTRONIC SUBMITTAL
Proposals submitted for this project must be submitted electronically. The following are changes to the Proposal Submittal Requirements:
Eliminated the Following Requirements: Safety Program Communication Plan Past Performance as a separate section Separate section for DBE Statement of goals. Include information in
Qualification of Team section
Implemented the Following Changes: All proposals require an Organization Chart Resumes must be a maximum of two pages Only Key (lead) staff resumes may be submitted Tier III proposal reduced from 19 to 14 pages Forms 5100D, 5100I, and 5100G combined – 5100D Forms 5100B and 5100H combined – 5100B RFP’s will be posted on a weekly basis -- on Mondays
The following are Requirements for Electronic Submittals:
Proposals must be prepared using the most current guidelines The proposal must be bookmarked to clearly identify the proposal sections (See Below) For any section not required per the RFP, the bookmark must be edited to include “N/A”
after the bookmark title. Example: Understanding of Service – N/A Proposals must be assembled and saved as a single PDF file PDF file must be 5 megabytes or smaller PDF file must be submitted via e-mail to [email protected] MDOT’s requisition number and company name must be included in the subject line of
the e-mail. The PDF shall be named using the following format: Requisition#XXX_Company Name.PDF
MDOT will not accept multiple submittals Proposals must be received by MDOT on or before the due date and time specified in
each RFP
If the submittals do not comply with the requirements, they may be determined unresponsive. The Consultant’s will receive an e-mail reply/notification from MDOT when the proposal is received. Please retain a copy of this e-mail as proof that the proposal was received on time. Consultants are responsible for ensuring the MDOT receives the proposal on time. **Contact Contract Services Division immediately at 517-373-4680 if you do not get an auto response**
Required Bookmarking Format:
I. Request for Proposal Cover Sheet Form 5100D A. Consultant Data and Signature Sheet, Form 5100J (if applicable)
II. Understanding of Service A. Innovations
III. Qualifications of Team A. Structure of Project Team
1. Role of Firms 2. Role of Key Personnel
B. Organization Chart C. Location
IV. Quality Assurance / Quality Control Plan V. Resumes of Key Staff
VI. Pricing Documents/Bid Sheet (if applicable) 2/14/12 .
NOTIFICATION E-VERIFY REQUIREMENTS
E-Verify is an Internet based system that allows an employer, using information reported on an employee’s Form I-9, Employment Eligibility Verification, to determine the eligibility of that employee to work in the United States. There is no charge to employers to use E-Verify. The E-Verify system is operated by the Department of Homeland Security (DHS) in partnership with the Social Security Administration. E-Verify is available in Spanish. The State of Michigan is requiring, under Public Act 200 of 2012, Section 381, that as a condition of each contract or subcontract for construction, maintenance, or engineering services that the pre-qualified contractor or subcontractor agree to use the E-Verify system to verify that all persons hired during the contract term by the contractor or subcontractor are legally present and authorized to work in the United States. Information on registration for and use of the E-Verify program can be obtained via the Internet at the DHS Web site: http://www.dhs.gov/E-Verify. The documentation supporting the usage of the E-Verify system must be maintained by each consultant and be made available to MDOT upon request. It is the responsibility of the prime consultant to include the E-Verify requirement documented in this NOTIFICATION in all tiers of subcontracts. 9/13/12
1 Final Posted Scope: 9/19/2016
Michigan Department of Transportation
SCOPE OF SERVICE
FOR
DESIGN SERVICES
CONTROL SECTION(S): 84917
JOB NUMBER(S): 127749C
PROJECT LOCATION:
Various locations within Metro Region.
See Appendix 1 for the work types and locations.
PROJECT DESCRIPTION: Work involved in the design of the project consists of:
A. Adjust, replace and / or install signs (both freeway and non-freeway)
B. Install ITS facilities (including, but not limited to, speed warning detection and display)
C. Remove, replace and / or apply permanent, wet reflective, durable pavement markings
D. Install delineators (both roadside and enhanced concrete barrier/ guardrail delineation
systems)
E. Utility Coordination
ANTICIPATED SERVICE START DATE: October 1, 2016
ANTICIPATED SERVICE COMPLETION DATE: August 1, 2019
DBE PARTICIPATION REQUIREMENT: 0%
PRIMARY PREQUALIFICATION CLASSIFICATION(S):
Design - Roadway
SECONDARY PREQUALIFICATION CLASSIFICATION(S):
Design – Traffic: ITS – Design & System Manager
Design – Traffic: Work Zone Maintenance of Traffic
Design – Traffic: Pavement Markings
Design – Traffic: Safety Studies
Design – Traffic: Signing – Freeway
Design – Traffic: Signing – Non-Freeway
Design – Geotechnical: Advanced
*Surveying – Right of Way (precautionary)
*Surveying – Road Design (precautionary)
2 Final Posted Scope: 9/19/2016
PREFERRED QUALIFICATIONS AND CRITERIA (FOR NON-CLASSIFIED
SERVICES):
1) UTILITY COORDINATION
X The Consultant shall be responsible for project Utility Coordination. See attached
“Scope of Services for Utility Coordination”.
MDOT PROJECT ENGINEER MANAGER:
Carrie Warren, Senior Contracts and Projects Engineer
MDOT - Detroit TSC
1060 West Fort Street
Detroit, MI 48226
Phone: 313-967-5218
Fax: 313-965-6340
E-mail: [email protected]
CONSTRUCTION COST:
A. The estimated cost of construction is:
CONSTRUCTION TOTAL $1,912,000.00
The above construction total is the amount of funding programmed for this project. The
Consultant is expected to design the project within the programmed amount.
If at any time the estimated cost of construction varies by more than 5% of the current
programmed amount, then the Consultant will be required to submit a letter to the MDOT
Project Manager justifying the changes in the construction cost estimate.
REQUIRED MDOT GUIDELINES AND STANDARDS:
Work shall conform to current MDOT, FHWA, and AASHTO practices, guidelines, policies,
and standards (i.e., Road Design Manual, Standard Plans, Published MDOT Design Advisories,
Drainage Manual, Roadside Design Guide, A Policy on Geometric Design of Highways and
Streets, Michigan Manual of Uniform Traffic Control Devices, etc.).
The Consultant is required to use the MDOT Current Version of Bentley Microstation/GEOPAK
or PowerGEOPAK (published at Section 2.2.2 of the Design Submittal Requirements) with the
current MDOT workspace (published at Section 2.2.1 of the Design Submittal Requirements).
3D Models are required for all applicable projects. See Chapter 2 of the Design Submittal
Requirements for a complete listing of applicable projects. The consultant shall comply with all
MDOT CADD standards and file naming conventions.
3 Final Posted Scope: 9/19/2016
MDOT RESPONSIBILITIES:
A. Schedule and/or conduct the following:
1. Project related meetings
2. Base Plan Review
3. The Plan Review
4. Omissions/Errors/Check
5. Utility Meeting(s)
6. Final Trnsport item cost estimates
B. Furnish pertinent reference materials.
C. Furnish prints of an example of a similar project and old plans of the area, if available.
Furnish the E.A.
D. Obtain all permits for the project as outlined in previous section.
E. Prepare staging plans and special provisions for maintaining traffic during
construction.
F. Furnish FTP site for software download and instructions for the MDOT Stand Alone
Proposal Estimator’s Worksheet (SAPW).
CONSULTANT RESPONSIBILITIES:
Complete the design of this project including, but not limited to the following:
The Consultant must adhere to all applicable OSHA and MIOSHA safety standards, including
the appropriate traffic signs for the activities and conditions for this job and perform field
operations in accordance with the Department’s Personal Protective Equipment (PPE) policy as
stated in the MDOT Guidance Document #10118.
Meet with the MDOT Project Manager to review project, location of data sources and contact
persons, and review relevant MDOT operations. The Consultant shall review and clarify project
issues, data needs and availability, and the sequence of events and team meetings that are
essential to complete the design by the project plan completion date. Attention shall be given to
critical target dates that may require a large lead time, such as geotechnical requirements,
Railroad coordination requirements, utility conflict resolution, local agency meetings, etc.
A. Perform design surveys.
B. Prepare required plans, typical cross-sections, details, and specifications
required for design and construction.
4 Final Posted Scope: 9/19/2016
C. Compute and verify all plan quantities.
D. Perform crash analysis’ and safety reviews
E. Provide solutions to any unique problems that may arise during the design of this
project.
F. The Consultant may be required to provide Design Services during the
construction phase of this project. If Construction Assistance is required, then a
separate authorization for those services will be issued.
G. Maintain a Design Project Record in ProjectWise, which includes a history of
significant events (changes, comments, etc.) which influenced the development of
the plans, dates of submittals and receipt of information.
H. If excavation is required, submit the excavation locations which may contain
contamination. Project Manager then can proceed in requesting a Project Area
Contamination Survey (PACS).
I. The Consultant shall prepare and submit in ProjectWise (in PDF format) a CPM
network for the construction of this project.
J. The Consultant representative shall record the minutes and submit in ProjectWise
(in PDF format), for all project related meetings to the MDOT Project Manager
within two weeks of the meeting. The Consultant shall also distribute the minutes
to all meeting attendees. MDOT will provide and distribute official meeting
minutes for The Plan Review Meeting.
K. The Consultant will provide to MDOT, by entering into MDOT ProjectWise at
the scheduled submittal dates, electronic documents (in PDF format) of the
required specifications and plan set materials for distribution by MDOT for all
reviews for this project.
L. Prepare and submit electronically (native format or PDF) into MDOT
ProjectWise, any information, calculations, hydraulic studies, or drawings
required by MDOT for acquiring any permit (ie. NPDES, DEQ, etc), approvals
(i.e. county drain commission) and related mitigation. MDOT will submit permit
requests.
M. Attend any project-related meetings as directed by the MDOT Project Manager.
N. Attend information meetings (i.e., public hearings, open houses, etc.) with the
public and public officials to assist in responding to concerns and questions. May
require the preparation of displays such as maps, marked-up plans, etc.
O. The MDOT Project Manager shall be the official MDOT contact person for the
Consultant and shall be made aware of all communications regarding this
project. The Consultant must either address or send a copy of all correspondence
5 Final Posted Scope: 9/19/2016
to the MDOT Project Manager. This includes all Subcontractor correspondence
and verbal contact records.
P. The Consultant shall contact the MDOT Project Manager whenever discoveries or
design alternatives have the potential to require changes in the scope, limits,
quantities, costs, or right-of-way of the project.
Q. The Consultant shall be responsible for obtaining and showing on the plans the
location and names of all existing utilities within the limits of the project. In the
course of resolving utility conflicts, the Consultant shall make modifications to
the plans or design details and provide assistance as directed by the MDOT Utility
Coordinator and/or Project Manager. The Consultant shall attend any utility
meetings called to ensure that the concerns are addressed on the plans involving
utilities. The Consultant shall assist in the review of utility permit requests to
ensure compatibility with the project.
R. The Consultant shall be responsible for all traffic control required to perform the
tasks as outlined in this Scope of Design Services.
S. The Consultant shall be responsible for obtaining up to date access permits and
pertinent information for tasks in MDOT Right of Way (ROW).
This information can be obtained through Joe Rios, Utilities/Permits Section,
Development Services Division at (517) 241-2103.
T. On the first of each month, the Consultant Project Manager shall submit in
ProjectWise a monthly project progress report to the Project Manager.
DELIVERABLES:
The Consultant shall enter in MDOT ProjectWise, in the appropriate folders all electronic files
associated with the project in their native format (spreadsheets, CADD files, GEOPAK files,
Roadway Designer Templates etc.) as directed by the MDOT Project Manager. All
CADD/GEOPAK files shall be created and identified with standard MDOT file names. It is the
Consultant’s responsibility to obtain up to date MicroStation and GEOPAK seed/configuration
files necessary to comply with MDOT’s CADD standards which are published monthly to the
MDOT website. Any CADD/GEOPAK files that do not conform to MDOT standards will be
returned to the Consultant for correction at the Consultant’s expense.
Proposal documents shall be submitted, to MDOT ProjectWise, in the appropriate folders, in
their native format with standard naming conventions as well as combined into one PDF file in
the sequence specified by MDOT. To provide text search capabilities the combined proposal
shall be created by converting native electronic files to PDF. Scanning to PDF is discouraged
except in instances where it is necessary to capture a legally signed document or a hard copy
version of a document is all that exists.
Plan sheets shall be submitted to MDOT ProjectWise in the appropriate folders in a set in PDF
11” x 17” format. For final Plan Turn-In, a title sheet shall be printed, signed, sealed, and then
6 Final Posted Scope: 9/19/2016
scanned for inclusion with the PDF set. The original title sheet shall be sent to the MDOT
Project Manager.
Reference Information Documents (RID) shall be entered into MDOT ProjectWise in the
appropriate folder with standard naming conventions and content at milestone submittals as
defined by Chapter 4 of the Design Submittal Requirements. The RID files included will depend
on the design survey deliverables and project template (See Chapter 2 of the Design Submittal
Requirements). These files range from CADD, existing terrain, proposed cross sections, 3D
models and files generated for Automated Machine Guidance (AMG) and automated
inspection/stakeout activities.
Stand Alone Proposal Estimator’s Worksheet (SAPW) shall be used to generate the txt and xml
files necessary for import into the Trns*port bid letting software. The SAPW files shall be
entered into MDOT ProjectWise in the appropriate folder.
The project removal, construction, and profile sheets will require a scale of 1”=80’ or as
approved by the Project Manager. See Section 1.02.12 of the Road Design Manual for further
direction.
All plans, special provisions, estimates, and other project related items shall meet all MDOT
requirements and detailing practices (i.e., format, materials, symbols, patterns, and layout) or as
otherwise directed by the Project Manager. All plans, specifications, and other project related
items are subject to review and approval by MDOT.
PROJECT SCHEDULE:
The Consultant shall use the following events to prepare the proposed implementation schedule
as required in the Guidelines for the Preparation of Responses on Assigned Design Services
Contracts. These dates shall be used in preparing the Consultant’s Monthly Progress Reports.
7 Final Posted Scope: 9/19/2016
MDOT
Preconstruction Tasks Consultant Checklist P/PMS Form Only
MDOT PRECONSTRUCTION TASKS
CONSULTANT CHECKLIST
Version 13 Updated
03-02-2015
For questions on specific tasks, refer to the P/PMS Task Manual located on the MDOT Website.
For assistance in accessing this manual, please contact:
Dennis Kelley: (517) 373-4614 Please indicate with a check in the box next to each task number whether you believe that task will require consultant involvement on the job. Milestones (a specific event at a point in time) are italicized and underlined. See the P/PMS Task Manual for more details. Scheduling assistance may be accomplished with estimated completion dates. While not part of P/PMS, an Authorization Milestone and Post-Design Tasks have been included for your reference.
STUDY (EARLY PRELIMINARY ENGINEERING)
P/PMS TASK NUMBER AND DESCRIPTION DATE TO BE
COMPLETED BY
(mm/dd/yyyy)
CONSULTANT CONTRACT AUTHORIZATION/EXECUTION / /
YES NO
INFORMATION GATHERING/STUDIES
1115 Traffic Data Collection for Studies / /
1120 Prepare Traffic Analysis Report for Studies / /
1125 Traffic Capacity Analysis for Studies / /
1155 Request/Perform Safety Analysis for Studies / /
1300 Traffic Impact Study / /
1350 Determine Need for Interstate Access Change Request / /
1400 Feasibility Study / /
1500 Corridor Study / /
1555 Interstate Access Change Request / /
155M FHWA Approval of Interstate Access Change Request / /
1600 Access Management Study Plan / /
1700 Other Miscellaneous Studies / /
EPE SCOPING ANALYSIS
2100 Scope Verification and Initiation of EPE Activities / /
2115 Prepare Traffic Analysis Report for EPE/Design / /
2120 Traffic Data Collection for EPE/Design / /
2125 Traffic Capacity Analysis for EPE/Design / /
2130 Prepare Project Purpose and Need / /
213M Concurrence by Regulatory Agencies with the Purpose and Need / /
2140 Develop and Review Illustrative Alternatives / /
2155 Request/Perform Safety Analysis for EPE/Design / /
2160 Prepare and Review EIS Scoping Document / /
216M Public Information Meeting / /
8 Final Posted Scope: 9/19/2016
MDOT PRECONSTRUCTION TASKS CONSULTANT CHECKLIST STUDY (EARLY PRELIMINARY ENGINEERING) (cont’d)
P/PMS TASK NUMBER AND DESCRIPTION DATE TO BE
COMPLETED BY
YES NO (mm/dd/yyyy)
EPE DRAFT ANALYSIS
2310 Conduct Technical SEE Studies / /
2311 Cultural Resources Survey / /
2312 Recreational Survey – Section 4(f)/6(f) / /
EPE DRAFT ANALYSIS (cont’d)
2313 Endangered Species Survey / /
2314 Wetland Assessment / /
2315 Wetland Mitigation / /
2316 Other Technical Reports / /
2321 Prepare for Aerial Photography / /
2322 Finish/Print Aerial Photography / /
2330 Collect EPE Geotechnical Data / /
2340 Develop and Review Practical Alternatives / /
233M Aerial Photography Flight / /
2360 Prepare and Review EA / /
236M Approval of EA by FHWA / /
2370 Prepare and Review Draft EIS / /
237M Approval of Draft EIS by FHWA / /
2380 Distribute EA / /
238M Public Hearing for EA / /
2390 Distribute DEIS / /
239M Public Hearing for DEIS / /
EPE FINAL ANALYSIS
2510 Determine and Review Recommended Alternative / /
250M Concurrence by Reg Agencies with Recom Alternatives / /
2525 Prepare and Review Engineering Report / /
2530 Prepare and Review Request for FONSI / /
252M Approval of FONSI by FHWA / /
2540 Prepare and Review FEIS / /
254M Approval of FEIS by FHWA / /
2550 Obtain ROD / /
255M ROD Issued by FHWA / /
2570 ITS Concept of Operations / /
CONTAMINATION INVESTIGATION
2810 Project Area Contamination Survey (PCS) / /
2820 Preliminary Site Investigation (PSI) for Contamination / /
9 Final Posted Scope: 9/19/2016
MDOT PRECONSTRUCTION TASKS CONSULTANT CHECKLIST
PRELIMINARY ENGINEERING - DESIGN
P/PMS TASK NUMBER AND DESCRIPTION DATE TO BE
COMPLETED BY
YES NO (mm/dd/yyyy)
DESIGN SCOPE VERIFICATION AND BASE PLAN PREPARATION
3130 Verify Design Scope of Work and Cost / /
3310 Prepare Aerial Topographic Mapping / /
3320 Conduct Photogrammetric Control Survey / /
3321 Set Aerial Photo Targets / /
3325 Geotechnical Structure Site Characterization / /
3330 Conduct Design Survey / /
3340 Conduct Structure Survey / /
3350 Conduct Hydraulics Survey / /
3360 Prepare Base Plans / /
311M Utility Notification / /
3365 Pre-Conceptual ITS Design and Meeting / /
3370 Prepare Structure Study / /
3375 Conduct Value Engineering Study / /
3380 Review Base Plans / /
3385 Preliminary Load Rating / /
332M Base Plan Review (Pre-GI Inspection) / /
3390 Develop the Maintaining Traffic Concepts / /
PRELIMINARY PLANS PREPARATION
3500 Develop Transportation Management Plan / /
3510 Perform Roadway Geotechnical Investigation / /
3520 Conduct Hydraulic/Hydrologic and Scour Analysis / /
3522 Conduct Drainage Study, Storm Sewer Design, and use Structural Best Management Practices
/ /
3530 Geotechnical Foundation Engineering Report / /
3535 Conduct Str. Review for Arch. & Aesthetic Improvements / /
3540 Develop the Maintaining Traffic Plan / /
3551 Prepare/Review Preliminary Traffic Signal Design Plan / /
3552 Develop Preliminary Pavement Marking Plan / /
3553 Develop Preliminary Non-Freeway Signing Plan / /
3554 Develop Preliminary Freeway Signing Plan / /
3555 Prepare/Review Preliminary Traffic Signal Operations / /
3570 Prepare Preliminary Structure Plans / /
3580 Develop Preliminary Plans / /
3585 Final ITS Concept Design and Meeting / /
3590 Review The Plans / /
352M THE Plan Review Meeting / /
3595 Conduct ITS Structure Foundation Investigation / /
10 Final Posted Scope: 9/19/2016
MDOT PRECONSTRUCTION TASKS CONSULTANT CHECKLIST
PRELIMINARY ENGINEERING - DESIGN (cont’d)
P/PMS TASK NUMBER AND DESCRIPTION DATE TO BE
COMPLETED BY
YES NO (mm/dd/yyyy)
UTILITIES
3610 Compile Utility Information / /
3615 Compile ITS Utility Information / /
3650 Coordinate RR Involvement for Grade Separations / /
3655 Coordinate RR Involvement for At-Grade Crossings / /
3660 Resolve Utility Issues / /
360M Utility Conflict Resolution Plan Distribution / /
361M Utility Meeting / /
3670 Develop Municipal Utility Plans / /
3672 Develop Special Drainage Structures Plans / /
3675 Develop Electrical Plans / /
3680 Preliminary ITS Communication Analysis / /
3690 Power Design (Power Drop in Field) / /
MITIGATION/PERMITS
3710 Develop Required Mitigation / /
3720 Assemble Environmental Permit Applications / /
3730 Obtain Environmental Permit / /
FINAL PLAN PREPARATION
3815 Geotechnical Structure Design Review / /
3821 Prepare/Review Final Traffic Signal Design Plan / /
3822 Complete Permanent Pavement Marking Plan / /
3823 Complete Non-Freeway Signing Plan / /
3824 Complete Freeway Signing Plan / /
3825 Prepare/Review Final Traffic Signal Operations / /
3830 Complete the Maintaining Traffic Plan / /
3840 Develop Final Plans and Specifications / /
380M Plan Completion 08/06/2018
3850 Develop Structure Final Plans and Specifications / /
3870 Hold Omissions/Errors Check (OEC) Meeting / /
3875 Final Load Rating / /
387M Omissions/Errors Checks Meeting / /
389M Plan Turn-In / /
3880 CPM Quality Assurance Review / /
3890 Final ITS Communication Analysis / /
MDOT PRECONSTRUCTION TASKS CONSULTANT CHECKLIST
11 Final Posted Scope: 9/19/2016
PRELIMINARY ENGINEERING – RIGHT OF WAY
P/PMS TASK NUMBER AND DESCRIPTION DATE TO BE
COMPLETED BY
YES NO (mm/dd/yyyy)
EARLY RIGHT OF WAY WORK
4100 Real Estate Pre-Technical Work (combines 411M, 4120) / /
4150 Real Estate Technical Work (combines 4130, 4140) / /
413M Approved Marked Final ROW / /
ROW APPRAISAL
4350 Real Estate Appraisals (combines 4411, 4412, 4413, 4420) / /
ROW ACQUISITION
4450 Real Estate Acquisitions (combines 4430, 4710, 4720) / /
4510 Conduct Right Of Way Survey & Staking / /
442M ROW Certification / /
MDOT PRECONSTRUCTION TASKS CONSULTANT CHECKLIST
POST LETTING/AWARD TASKS (for reference only)
P/PMS TASK NUMBER AND DESCRIPTION DATE TO BE
COMPLETED BY
YES NO (mm/dd/yyyy)
4810 Complete Acquisition Process / /
4820 Manage Excess Real Estate / /
4830 Provide Post-Certification Relocation Assistance / /
4910 Conduct ROW Monumentation / /
5010 Construction Phase Engineering and Assistance / /
5020 Prepare As-Built Drawings / /
12 Final Posted Scope: 9/19/2016
CONSULTANT PAYMENT – Actual Cost Plus Fixed Fee:
Compensation for this project shall be on an actual cost plus fixed fee basis. This basis of
payment typically includes an estimate of labor hours by classification or employee, hourly labor
rates, applied overhead, other direct costs, subconsultant costs, and applied fixed fee. The fixed
fee for profit allowed for this project is 11.0% of the cost of direct labor and overhead.
All billings for services must be directed to the Department and follow the current guidelines.
Payment may be delayed or decreased if the instructions are not followed.
Payment to the Consultant for services rendered shall not exceed the maximum amount unless an
increase is approved in accordance with the contract with the Consultant. Typically, billings must
be submitted within 60 days after the completion of services for the current billing. The final
billing must be received within 60 days of the completion of services. Refer to your contract for
your specific contract terms.
Direct expenses, if applicable, will not be paid in excess of that allowed by the Department for its
own employees in accordance with the State of Michigan’s Standardized Travel Regulations.
Supporting documentation must be submitted with the billing for all eligible expenses on the
project in accordance with the Reimbursement Guidelines. The only hours that will be considered
allowable charges for this contract are those that are directly attributable to the activities of this
project.
MDOT will reimburse the consultant for vehicle expenses and the costs of travel to and from
project sites in accordance with MDOT’s Travel and Vehicle Expense Reimbursement
Guidelines, dated May 1, 2013. The guidelines can be found at
http://www.michigan.gov/documents/mdot/Final_Travel_Guidelines_05-01-
13_420289_7.pdf?20130509082418. MDOT’s travel and vehicle expense reimbursement
policies are intended primarily for construction engineering work. Reimbursement for travel to
and from project sites and for vehicle expenses for all other types of work will be approved on a
case by case basis.
MDOT will pay overtime in accordance with MDOT’s Overtime Reimbursement Guidelines,
dated May 1, 2013. The guidelines can be found at
http://www.michigan.gov/documents/mdot/Final_Overtime_Guidelines_05-01-
13_420286_7.pdf?20130509081848. MDOT’s overtime reimbursement policies are intended
primarily for construction engineering work. Overtime reimbursement for all other types of
work will be approved on a case by case basis.
13 Final Posted Scope: 9/19/2016
ATTACHMENT A
SCOPE OF SERVICE
FOR
DESIGN SURVEYS Version: June 2016
x Surveying: Road Design (3330)
Surveying: Structure (3340)
Surveying: Hydraulics (3350)
x Surveying: Right of Way (4510)
(Work in any of the above Survey Services Categories must be completed by a survey firm
which is pre-qualified by MDOT for that category.)
GENERAL REQUIREMENTS:
1. Surveys must comply with all Michigan law relative to land surveying.
2. Surveys must be done under the direct supervision of a Professional Surveyor licensed
to practice in the State of Michigan.
3. The selected Survey Consultant must discuss the scope of this survey with an MDOT
Survey Consultant Project Manager or an MDOT Region Surveyor before submitting a
priced proposal.
4. The selected Survey Consultant must contact the Region or TSC Traffic and Safety
Engineer for work restrictions and traffic control requirements. Costs for traffic control
must be included in the priced proposal in order to be reimbursed as a direct cost.
5. A detailed Survey Work Plan must be included with the Priced Proposal. A
spreadsheet estimate of hours by specific survey task such as horizontal control,
leveling, mapping, alignment determination, etc., must be included in the Priced
Proposal.
6. It is the responsibility of the Survey Consultant to safeguard all corners of the United
States Public Land Survey System, published Geodetic Control and any other Property
Controlling corners that may be in danger of being destroyed by the proposed
construction project.
7. Surveys must meet all requirements of the MDOT Design Surveys Standards of Practice
(link: http://mdotwiki.state.mi.us/design/index.php/Chapter_1_-
_Survey_Manual_Introduction). Please contact the MDOT Design Survey Support Unit
to clarify any specific questions regarding these standards.
8. Survey Consultants must obtain all necessary permits required to perform this survey on
any public and/or private property, including an up-to-date permit from the MDOT
14 Final Posted Scope: 9/19/2016
Utilities Coordination and Permits Section.
9. Prior to performing the survey, the Survey Consultant must contact all landowners upon
whose lands they will enter in accordance with the MDOT Design Surveys Standards of
Practice. A template letter can be found here:
http://mdotwiki.state.mi.us/design/index.php/File:EXAMPLE_Right_of_Entry.pdf
10. The Survey Consultant must contact any and all Railroads prior to commencing field
survey on railroad property. The cost for any permit, flaggers and/or training that is
required by the Railroad will be considered as a direct cost, but only if included in the
Survey Consultant’s priced proposal.
11. The Survey Consultant must adhere to all applicable OSHA and MIOSHA safety
standards, including the appropriate traffic signs for the activities and conditions for this
job.
12. The MDOT Project Manager is the official contact for the Survey Consultant. The
Survey Consultant must send a copy of all project correspondence to the MDOT Project
Manager. The MDOT Project Manager shall be made aware of all communications
regarding this project. Any survey related questions regarding this project should be
directed to an MDOT Survey Consultant Project Manager or MDOT Region Surveyor.
The MDOT Project Manager must be copied on any and all correspondence.
SURVEY PROJECT LIMITS:
If specific survey limits are not included, then the Survey Consultant must develop the survey
limits based on the needs of the design team. A description of survey limits detailing length,
width and cross roads must be included in the Survey Work Plan.
RESEARCH:
Survey Consultants are responsible for a comprehensive and conscientious research of all
records, including MDOT records, essential for the completion of this project. The MDOT
Design Survey Support Unit is available to assist in researching MDOT records.
CONTROL:
If not specified in this scope, Primary and Intermediate Horizontal Control Points and
Benchmarks established for this project must meet the requirements specified in Chapter 3 of the
MDOT Design Surveys Standards of Practice.
The Horizontal and Vertical datums and coordinate system must be clearly stated in the Survey
Work Plan and subsequent submittals. For acceptable datums and coordinate systems refer to
Chapter 3 of the MDOT Design Surveys Standards of Practice.
15 Final Posted Scope: 9/19/2016
ALIGNMENT & ROW:
If not defined in this scope, the use of either a Legal or Non-legal Alignment and ROW must be
determined from the needs of the design team. If it is determined that MDOT will need to
acquire additional ROW with partial takes, then the Legal Alignment and ROW must be
determined. If it is determined that there will be partial takes, the Survey Consultant may need
to prepare a Certified Survey, refer to Chapter 4 Section 6: Certified Surveys for Real Estate
Acquisition for requirements.
MAPPING:
Mapping shall include the objects and features as needed to meet the requirements of the
proposed design. The Survey Consultant's Work plan shall clearly identify mapping items that
will be included in the project.
The following should be considered when determining the mapping needs for the project:
Roadway improvements, curbs, sidewalks, signs, guardrail, light poles
Intersection signalization equipment
Building structures and improvements on property adjacent to project
Drainage appurtenances including ditches, culverts, structures
Surface manifestations of utilities and connectivity
Terrain surface mapping
Trees and brush classification
Bridge structure elements, measurements, elevations, and underclearance dimensions
Hydraulics Survey of watercourses
Use of Static Terrestrial Laser Scanning(STLS)
Use of Mobile Terrestrial LiDAR Survey(MTL)
Use of Photogrammetric Mapping
TRAFFIC & SAFETY:
The Selected Survey Consultant, and the Selected Survey Consultant only, is advised to discuss
Traffic Control scenarios with the local MDOT TSC Traffic and Safety Engineer prior to
submitting a priced proposal. Traffic Control costs not included in the priced proposal will not
be paid by MDOT.
The Survey Consultant must submit an advanced notice 5-21 days prior to beginning any work
activity through the MDOT Construction Permit System (CPS)
(http://www.michigan.gov/mdot/0,4616,7-151-9625_72410---,00.html).
The Survey Consultant must adhere to all work restrictions and traffic control requirements
detailed in the MDOT Advanced Notice Permit.
The Survey Consultant must have a vehicle with markings/logo that identifies the company
within sight distance of survey activity and must have a 360 degree flashing strobe light on the
top of the vehicle whenever they are working on or near the road.
Traffic control on city streets and county roads is under the jurisdiction of the local authorities
16 Final Posted Scope: 9/19/2016
where the project is located.
COORDINATION WITH OTHER CONTRACTS IN THE VICINITY:
The Survey Consultant shall coordinate operations with contractors performing work on other
projects within or adjacent to the Construction Influence Area (CIA).
MDOT maintenance crews and/or Contract Maintenance Agencies may perform maintenance
work within or adjacent to the CIA. The Maintenance Division of MDOT and/or Contract
Maintenance Agency will coordinate their operations with the MDOT Project Manager or
Designate to minimize the interference to the Survey Consultant.
The Survey Consultant must contact the Operations Engineer at the local MDOT TSC for
information regarding project coordination.
Other contracts or maintenance operations may occur during the life of the project. Contractors
and other consultants involved with construction projects have similar requirements of
cooperation and coordination of work as part of their projects as referenced in Article 104.08 of
the 2012 Standard Specifications for Construction
(http://mdotcf.state.mi.us/public/specbook/2012/). Survey Consultants shall conduct their work
with similar coordination efforts. The Survey Consultant will not be allowed claims for extra
compensation or extensions of deadlines due to delays or failures of others to complete
scheduled work.
POST SURVEY CLEAN-UP:
Once the survey is complete, all stakes must be removed from the MDOT median and ROW to
aid the maintenance crews and adjacent property owners. All benchmarks and control points and
their witnesses must remain in place.
DELIVERABLES:
The MDOT Survey QA/QC Checklist details the files that are to be submitted to MDOT (link:
http://mdotwiki.state.mi.us/design/index.php/File:MDOT_Survey_Project_Checklist_2016.xlsm)
. This document shall be signed and certified by the Professional Surveyor responsible for the
project QA/QC. Failure to use and include this document may result in the immediate
return of the project portfolio for completion.
Files submitted to MDOT may vary by project type and scope, the following files must always
be submitted to MDOT unless explicitly omitted in writing by the following MDOT personnel:
MDOT Region Surveyor, MDOT Survey Consultant Manager or MDOT Supervising Land
Surveyor:
Survey Portfolio PDF (XXXXXX_Survey_20YY-MM-DD.pdf)
Survey Information Sheet (S-XXXXXX_Survey_Info_Sheet_20YY-MM-DD.doc)
Alignment and ROW CAD file (S-XXXXXX_Align_ROW_20YY-MM-DD.dgn)
3D project map (S-XXXXXX_Survey_3D_20YY-MM-DD.dgn)
When Mobile Terrestrial LiDAR (MTL) or Static Terrestrial Laser Scanning (STLS)
techniques are used, three (3) copies of the entire point cloud must be delivered to the
17 Final Posted Scope: 9/19/2016
MDOT Survey Support Unit on media with appropriate storage capacity to contain all the
data on one device.
When Photogrammetric Mapping techniques are used, three (3) copies of the raw digital
imagery, ortho-imagery and photogrammetrically extracted points cloud data must be
delivered to the MDOT Survey Support Unit on media with appropriate storage capacity
to contain all the data on one device.
All submitted files must be scanned and/or converted to one PDF format file. A Table of
Contents in PDF format is required that has all PDF files bookmarked/linked so each place in the
PDF archive can be accessed with a single click. Items required to be included in the Survey
Portfolio PDF can be found in the QA/QC Checklist. Specified format files such as Microsoft
Word and MicroStation GEOPAK must have separate access in native format outside of the PDF
file.
At the completion of this survey for this project, legible copies of all field survey notes, all
electronic data, and all research records obtained for this project will be considered the property
of MDOT. Please include MDOT’s Form 222(5/01) entitled “SURVEY NOTES: RECEIPT
AND TRANSMITTAL” for all transmittals. A copy of this transmittal form must be sent to the
MDOT Project Manager for Design and the MDOT Supervising Land Surveyor.
Electronic submittal only. Survey deliverables must be submitted using ProjectWise. For file
naming conventions and upload locations, refer to Chapter 10 of the MDOT Design Surveys
Standards of Practice.
Acceptance of this survey by the MDOT Project Manager and/or the MDOT Supervising
Land Surveyor does not relieve the Survey Consultant of any liability for the content of the
survey.
18 Final Posted Scope: 9/19/2016
ATTACHMENT B
SCOPE OF SERVICE
FOR
UTILITY COORDINATION
The Consultant is directly responsible for all aspects of the project’s utility coordination. The
Consultant is expected to provide technical assistance to MDOT, utilities and other stakeholders
regarding utility identification, project utility coordination and utility conflict resolution.
A utility is defined as any privately, publicly, municipal or cooperatively owned line, facility, or
system for producing, transmitting, or distributing communication, cable television, power,
electricity, light, heat, gas, oil, crude products, water, steam, waste, or any other similar
commodity, including any fire or police signal system or street lighting system.
MDOT shall -
Provide a preliminary list of utilities, with contact information, that may have facilities
located within the project limits. This list may not be 100% accurate and/or complete.
Provide assistance, if necessary, in contacting utilities to obtain facility records.
Provide Consultant with utility responses and facility records if utility information
solicitation has been performed.
Organize and host a kick-off meeting with Consultant and MDOT prior to Consultant
beginning utility coordination services.
Consultant shall -
Maintain a Utility Conflict Matrix* spreadsheet and deliver as the bi-weekly status report.
Distribute form letters, plans, etc. as outlined in 14.16 (Request for Utility Information)
and 14.26 (Distribution of Preliminary Plans to Utilities and Utility Coordination Meeting)
of the MDOT Road Design Manual.
o Identify existing/proposed utility owners and facilities.
o Collect and compile utility responses.
o Follow up with non-responsive utilities.
Schedule and conduct utility meetings for the resolution of conflicts between utility
facilities and proposed construction.
o Identify conflicts, discuss possible design modifications, develop utility relocation
schemes, discuss reimbursable relocations, and discuss project scope and schedule.
o Identify the utility’s design and construction contacts and ensure the plan’s note
sheet utility contact information is accurate.
o Record meeting minutes and distribute to all attendees.
Schedule and conduct field meetings with individual utilities to resolve conflicts.
Schedule and conduct meetings convened for the purpose of utility betterments.
Ensure municipal utility relocations, betterments and reimbursements follow Chapter 9 of
the MDOT Road Design Manual.
Identify eligible reimbursable utility relocations, for public/private utilities, as outlined in
19 Final Posted Scope: 9/19/2016
23 Code of Federal Regulations (CFR) Part 645 Subparts A and B – Utilities and ensure
23 CFR Part 635.410 - Buy America Requirements are met.
o Collect documentation to evaluate reimbursable utility relocations.
Evaluate utility relocation plans for compatibility with the proposed project.
Ensure utility relocation schedules do not impact the project schedule.
Confirm utility relocation permit applications are submitted to the TSC.
Prepare the “Utilities Status Report” (MDOT Form 2286) and “Notice to Bidders - Utility
Coordination” documents.
Track and monitor utility relocation progress.
Deliverables (Provided to the TSC Utility Coordinator and Project Manager):
Courtesy copies of all correspondence with the utilities
Utility Conflict Matrix
Utility coordination meeting minutes
Reimbursable utility relocation documentation
Utilities Status Report and Notice to Bidders - Utility Coordination
* The Utility Conflict Matrix (UCM) is located on the
http://www.trb.org/Main/Blurbs/166731.aspx website under Training materials > Prototype 1 –
Stand-alone UCM. The UCM was developed as part of the Transportation Research Board’s
(TRB) second Strategic Highway Research Program (SHRP 2) Report S2-R15B-RW-1:
Identification of Utility Conflicts and Solutions which provides concepts and procedures to
identify and resolve utility conflicts. Tools described in the report include utility conflict matrices
that enable users to organize, track, and manage conflicts that frequently arise.
20 Final Posted Scope: 9/19/2016
APPENDIX 1
The location overview, included within Appendix 1, is provided for information only.
The included concepts and limits are subject to change.
Changes will be discussed with the selected consultant team prior to authorization.
21 Final Posted Scope: 9/19/2016
Project Concept: Improve visibility and advance warning on ramps with tight turning radii by adding:
Speed warning detection and display
Signing
Wet reflective, durable pavement markings
Delineators (both roadside and enhanced concrete barrier/ guardrail delineation systems)
Ramps:
Wayne W M8/S M10
Wayne S M10/E M8
Wayne M-8/I-96 (inc East of Schaefer)
Wayne W I-94 to Livernois
Wayne W I-94/Schaefer
Wayne Schaefer/W I-94
Wayne NB I-75 Turning Roadway (Fisher to Chrysler)
Wayne SB I-75 to Madison
Wayne I-75/M-10 Interchange
Wayne I-94/I-96 Interchange
Wayne I-75/I-94
Wayne I-75/M-8 Interchange
Macomb I-94: 234B/Shook/236/Little Mack/Metro Pwky
Macomb I-94: I-696 to Metro Pkwy
Road Segments:
Wayne NB I-75 Turning Roadway (Fisher to Chrysler) I-94 I-94/Gratiot Connector
I-96 Near Schaefer